DOCUMENT
65 -- PICC Line US System - Attachment
- Notice Date
- 8/31/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26118Q9590
- Response Due
- 9/10/2018
- Archive Date
- 11/9/2018
- Point of Contact
- Susanne Christen, Susanne. Christen@va.gov
- E-Mail Address
-
susanne.christen@va.gov
(susanne.christen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9590 Posted Date: August 31, 2018 Response Date: September 10, 2018 at 1 p.m. Eastern Standard Time (EST) Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): NAICS Code: 339113 with a size standard of 750 employees Contracting Office Address Department of Veterans Affairs Network Contracting Officer 21 VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750. The VA Northern California Health Care System, located at 10535 Hospital Way, Mather, California 95655 is seeking to purchase a PICC Line US System. This is a Brand Name or Equal RFQ. Interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Units Unit Price Total Price 1. Item: Keyboard or equal item Brand name: Site Rite Manufacturer: Bard Manufacturer s part number: 9770517 1 EA 2. Item: 8R Ultrasound System Console or equal item Brand name: Site Rite Manufacturer: Bard Manufacturer s part number: 9770600 1 EA 3. Item: DICOM/Connectivity Software for 8R Ultrasound System Activation Key or equal item Brand name: Site Rite Manufacturer: Bard Manufacturer s part number: 9770509 1 EA 4. Item: Sherlock 3CGT Diamond TCS Activation Key or equal item Brand name: Site Rite Manufacturer: Bard Manufacturer s part number: 9770508 1 EA 5. Item: Medical Equipment Roll Stand (MER) or equal item Brand name: Site Rite Manufacturer: Bard Manufacturer s part number: 9770116 1 EA 6. Item: 8 R 20mm Pinpoint GT Probe or equal item Brand name: Site Rite Manufacturer: Bard Manufacturer s part number: 9770602 1 EA Award shall be made to the quoter who is deemed responsible in accordance with the FAR and whose quotation conforms to the solicitation; and whose quote, judged by an overall assessment of the quoter s qualifications specified in this solicitation, meets the technically acceptable standard for the non-price factors and provides the lowest evaluated price. To meet the technically acceptable standards, items quoted must be either brand name or meet the salient characteristics of this solicitation. All quoted items shall be new, and shall not be used, refurbished, recycled, or in any other form, including substitutions. If items quoted are not all new, the quote will be rejected as nonresponsive. Delivery shall be F.o.b. destination. Quotes submitted on a basis that is other than F.o.b. destination will be rejected as nonresponsive. Quotes submitted that include any gray market item(s) shall be rejected as nonresponsive. Gray market items: (a) Gray market items are OEM goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any quotes submitted for any name brand items must be from an OEM, authorized distributor, authorized reseller, authorized dealer, or authorized partner, or quote will be rejected as nonresponsive. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote) after its receipt, unless a written notice of withdrawal is received before award. Salient characteristics are as follows: 1. Must be designed for use in an industrial environment for diagnostic ultrasound imaging and fluid-flow analysis of the human body, 2. Must be designed for evaluation of how well the muscles in the esophagus work to transport liquid or food from mouth into the stomach, 3. Must be designed to evaluate causes and help diagnose conditions such as gastric reflux, difficulty of swallowing, functional chest pain, Achaliasia, and haitial hernia, 4. Must not require removal of the existing Bard wire of the system currently in use to avoid the risk of contamination, infection, or break in universal protocol for placement of central venous access, 5. Must have at least a fifteen (15) inch touch screen monitor with color flow Doppler and simplified user interface, 6. Must have Integrated tip confirmation via EKG/ECG for seeing maximum p-wave, 7. Must have integrated tip tracking via magnetic stylus, 8. Must have the ability to visualize and measure the catheter size relative to the blood vessel(s), 9. Must have Needle Guide or equal item for visualization of the trajectory, 10. Must have DICOM send and store capability and be capable of validation with the VA VISTA imaging program, 11. Must have various measurement and calculation tools, 12. Must have flexible storage options, 13. Must be compatible with the existing Site Rite 8 Ultrasound System currently in use. The procurement of these commercial supplies and/or services is in accordance with FAR part 12 Commercial Items, FAR part 13 Simplified Acquisition Procedures, and the Veterans Affairs Acquisition Regulation (VAAR), as supplemented with additional information in this notice. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2016) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) No addenda are attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, Alternate I of 52.225-3, and 52.225-13. Other provisions and clauses that apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999) VAAR 852.211-73 Brand Name or Equal (JAN 2008) FAR 52.233-2 Service of Protest (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Susanne Christen Contract Specialist Hand-Carried Address: Department of Veterans Affairs Attn: Contracting Office/Susanne Christen 6900 North Pecos Road, Admin. Bldg., Room Number 2H201G North Las Vegas NV 89086 Mailing Address: Department of Veterans Affairs Attn:Contracting Office/Susanne Christen 6900 North Pecos Road, Admin. Bldg., Room Number 2H201G North Las Vegas NV 89086 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-1 Disputes (MAY 2014) FAR 52.247-34 F.o.b. Destination (NOV 1991) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.va.gov/oal/library/vaar/vaarpdf.asp http://www.acquisition.gov/comp/far/index.html 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUN 2011) The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (End of Clause) All Quoters shall submit the following: Quote(s). Authorized distributor letters should be included with quotes, unless quoter is the OEM. OEMs are not required to submit authorized distributor letters. Quoters should include completed copies of FAR 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2017) with quote(s). All quotations shall be emailed to Susanne Christen at Susanne.Christen@va.gov, and shall be in either MS Word or Adobe.pdf format. The RFQ number of this solicitation should be included in the subject line of quote(s). This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 1 p.m. EST on September 10, 2018 at the firewall of VASNHS or email inbox of Susanne.Christen@va.gov. The RFQ number of this solicitation should be included in the subject line, and local part numbers, if any, shall be included with quote(s). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Telephone requests for information or questions will NOT be accepted. No hard copies of this RFQ will be provided. Point of Contact Susanne Christen, Susanne.Christen@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d8360a036b1f652b909f564011289ae)
- Document(s)
- Attachment
- File Name: 36C26118Q9590 36C26118Q9590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4574272&FileName=36C26118Q9590-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4574272&FileName=36C26118Q9590-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9590 36C26118Q9590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4574272&FileName=36C26118Q9590-000.docx)
- Place of Performance
- Address: VA Northern California Health Care System;10535 Mather Way;Mather, CA
- Zip Code: 95655
- Zip Code: 95655
- Record
- SN05066493-W 20180902/180831230856-9d8360a036b1f652b909f564011289ae (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |